GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT B-1 TENDER PAPERS

Similar documents
GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT

Page No 1 JALGAON CITY MUNICIPAL CORPORATION JALGAON WATER WORKS DEPARTMENT TENDER DOCUMENT. E -Tendering system. For the Work of

E-TENDER B - 1 TENDRER PAPER FOR

Nagpur Region, Nagpur. Public Works Circle, Nagpur. Construction Division No.1 Nagpur E-TENDER PAPERS

Government of Maharashtra. PUBLIC WORKS DEPARTMENT Public Works Region Amravati Public Works Circle Akola B-1 FORM (Percentage Rate)

Vasantrao Naik Marathwada Krishi Vidyapeeth, PARBHANI (M.S.) TENDER DOCUMENTS. e-tendering System

E-TENDER PAPERS. RENEWAL OF AC SHEET ROOFING WITH STEEL TRUSSES OF B & D LINE (OLD CONSTABULARY) AND VARIOUS QUARTER AT SRPF Gr IV NAGPUR.

GOVERNMENT OF MAHARASHTRA. Zilla Parishad, Washim. Works Division TENDER DOCUMENT. Tender For Open Contractor

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

P. W. DIVISION, PARBHANI

Public Works Department Public Works Region, Aurangabad Public Works Circle Osmanabad

NAME OF AGENCY G.E.N./RECIEPT NO. DATE

TENDER DOCUMENT. e-tendering System

GOVERNMENT OF MAHARASHTRA

PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE,KOLHAPUR PUBLIC WORKS (WEST) DIVISION,SANGLI TENDER DOCUMENTS

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

JALGAON CITY MUNICIPAL CORPORATION JALGAON

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

GOVERNMENT OF MAHARASHTRA

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

DETAILED TENDER NOTICE

BID - I PRE-QUALIFICATION BID TENDER COST & EMD

Notice inviting e-bids for Printing and Supply of IEC Material

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

PEC University of Technology, Chandigarh

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

Tender No.3558/H/2012/Roots Dated:

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

Tender No. CAH /IVBP/Brucella/ 1071 /2013. Pune. Dated 25th March 2013

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. Of India EAST COAST ROAD, UTHANDI CHENNAI TENDER FOR

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

GOVERNMENT OF MAHARASHTRA

Nagpur Region, Nagpur E- TENDER PAPERS

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender

PROVIDING MAN POWER SERVICE TO THE INSTITUTE CAMPUS

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

Supply and Installation of A3 Size Scanner

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

MUNICIPAL CORPORATION AKOLA

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

GOVERNMENT OF MAHARASHTRA

Standard Bid Document

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

No. DGP/17-A/6162/ Roti Maker Machine/40/2017-R Tender Fee 2,000/- TENDER FORM

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

MUMBAI METRO RAIL CORPORATION LTD (MMRC) MUMBAI METRO LINE-3 (COLABA-BANDRA-SEEPZ)

The last date for submission of the bids is at

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

BHARAT HEAVY ELECTRICALS LIMITED,

SUPPLY OF MEDICINAL GASES FOR THE YEAR

FRANCHISING TOLL COLLECTION AT TOLL POINT TP-22 [UKLANA TOHANA MUNAK ROAD (NEAR PUNJAB BORDER)] FOR A PERIOD OF ONE YEAR I N D E X

INDIAN INSTITUTE OF TECHNOLOGY INDORE

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

Notice for inviting E-Tender for hiring of vehicles

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

PRESS NOTICE. Haryana Urban Development Authority Division Notice Inviting Rate Tender

VIDARBHA IRRIGATION DEVELOPMENT CORPORATION, NAGPUR. (A Govt. of Maharashtra Undertaking) CHIEF ENGINEER, WATER RESOURCES DEPARTMENT, AMRAVATI

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

hours hours hours G) Date of Commercial Opening :- From 29/12/2017, hours up to 30/01/2018, 17.30

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

National Institute of Fisheries Post Harvest Technology & Training

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

NOTICE INVITING e-tender

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

MAHARASHTRA MARITIME BOARD MUMBAI

W-1-18/ GMTDR/e-Tender-116/Repairing SMPs PP Module /18-19 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

TENDER FOR SUPPLY OF HAND BOOK

Certificate by Chartered Accountant on letter head

GOVERNMENT OF MAHARASHTRA WORKS DEPARTMENT ZILLA PARISHAD WASHIM

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

i) Instructions to Bidders Definitions (Section-3) Form of Bid (Section-4) 28-30

TENDER DOCUMENTS FOR

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

COMMERCIAL TERMS AND CONDITIONS

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018

Hiring of Commercial Vehicle for Official Use at STPI

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Transcription:

1 Dy. Ex. Engineer GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT B-1 TENDER PAPERS NAME OF WORK : Est. No. SR/115/2013-14,Providing Three Yearly Fully Comprehensive Maintenance Of 12 Nos Lift (Otis Make) Installed At A,B,C & D Tower At New MLA Hostel,Mumbai. AGREEMENT NO : B-1/ /2013-14 ESTIMATED COST (PUT TO TENDER) : Rs.43,89,120/- AGENCY : M/s EXECUTIVE ENGINEER, AGRICULTURE CONSTRUCTION DVN-5 (ELECTRICAL) (P.W.D.), MUMBAI

Dy. Ex. Engineer 2 GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT B-1 TENDER PAPERS NAME OF WORK : Est. No. SR/115/2013-14,Providing Three Yearly Fully Comprehensive Maintenance Of 12 Nos Lift (Otis Make) Installed At A,B,C & D Tower At New MLA Hostel,Mumbai TENDER NO : B-1/ /2013-14 AGENCY : ESTIMATED COST (PUT TO TENDER) : Rs. 43,89,120/- ACCEPTED TENDER COST : Rs. WORK ORDER ON AND DATE : TIME LIMT : 36Months EXTENSION GRANTED IF ANY DATE OF ACTUAL STARTIN OD WORK : : EARNEST MONEY : Rs. 44000/- SECURITY DEPOSIT : Rs. 1,80,000/- COST OF BLANK TENDER FORM PLACE, DATE AND TIME OF SUBMISSION OF TENDER : Rs. 1,000/- (Non Refundable) Office of the Superintending Engineer, Mumbai (Region) Electrical Circle, P.W.D., Bandhakam Bhavan, 3 rd floor, 25 Marzban Road, Fort, Mumbai 400 001 at 14.00 hours on or before Date 15/07/2013 CHIEF ENGINEER,(ELECTRICAL), P.W.D. MUMBAI MUMBAI ( REGION ) ELECTRICAL CIRCLE, MUMBAI Agriculture Construction Dvn-5 (Elect), P.W.D. MUMBAI

3 Dy. Ex. Engineer INDEX NAME OF WORK :- Est. No. SR/115/2013-14, Providing 3 yearly Fully Comprehensive Maintenance of 12 Nos Lifts (Otis Make) Installed At A, B, C & D Tower at New MLA Hostel, Mumbai. Sr.N o. 1 Description From Page Nos. i) Brief Tender Notice 5 5 ii) Guidelines to Contractors on the operations of E-Tendering System 6 10 iii) Detailed Tender Notice 11 12 2 Earnest Money 13 13 i) Tendering Procedures 13 17 3 ii) Statements to be filled by the Contractor 18 20 iii) Model Form of Bank Guarantee Bond 21 21 iv) Declaration of Contractor 22 22 4 Printed B-1 Agreement Form 23 54 5 Schedule A 55 56 6 Condition of Schedule A 57 58 7 Price Variation Clause 59 61 8 Applications Standards / Statutory Requirement 62 62 9 Schedule B 63 63 10 Special Conditions and Technical Specifications 64 67 11 Performance Gurantee 68 69 12 13 Drawings (Can be seen in the Division Office During office Hrs.) Note:- The contractor should verify the documents mentioned in the Index and sign in token of verification. To 70 70 Issued To:-------------------------------------------- Registered In Class :--------------------------- ------------------------------------------- Valid UP To : ------------------------------------ D.R. NO. : --------------------------------------- On Dated :------------------------------------------- Dated : ------------------------------------------ Divisional Accounts Officer Executive Engineer Agriculture Const.Dvn-5(Elect) Agriculture Const.Dvn-5(Elect) P.W.D, Mumbai 01 P.W.D, Mumbai 01

Dy. Ex. Engineer 4 E-TENDER TIME SCHEDULE NAME OF WORK :- Est. No. SR/115/2013-14, Providing 3 yearly Fully Comprehensive Maintenance of 12 Nos Lifts (Otis Make) Installed At A, B, C & D Tower at New MLA Hostel, Mumbai. Stage Start From Expiry (To) Vendor Sr. No. PWD Vendor Date Time Date Time View Froms Envelopes 1 Tender Release 25.06.2013 10.30 25.06.2013 17.30 No -- 2 Tender Download 25.06.2013 17.31 09.07.2013 17.30 Yes 1. Technical Envelope, 2. Commercial Envelope 3 Online Queries invited up to 4 Pre bid Conference Date, Time and Venue -- -- -- -- Yes 1. Technical Envelope, 2. Commercial Envelope Not Applicable Yes 1. Technical Envelope, 2. Commercial Envelope 5 Bid Preparation 25.06.2013 17.31 09.07.2013 17.30 Yes 1. Technical Envelope, 2. Commercial Envelope 6 Superhash Generation and Bid Lock 7 Control Transfer of Bid (Technical & Commercial Bid Submission) 8 Submission of Original EMD/DD of Tender fee and other documents (Before 1 Day Opening of Envelope No.1) 09.07.2013 17.31 09.07.2013 18.00 No 1. Technical Envelope, 2. Commercial Envelope 09.07.2013 18.01 15.07.2013 14.00 Yes 1. Technical Envelope, 2. Commercial Envelope 12.07.2013 10.30 12.07.2013 17.30 Yes 1. Technical Envelope, 2. Commercial Envelope 9 Opening Envelope No.1(Technical Envelope) 15.07.2013 15.00 15.07.2013 17.30 No Technical Envelope, 10 Opening Envelope No.2 (Commercial Envelope 15.07.2013 15.00 15.07.2013 17.30 No Commercial Envelope

5 Dy. Ex. Engineer GOVERNMENT OF MAHARASHATRA PUBLIC WORK DEPARTMENT E-TENDER NOTICE NO. 01/2013-2014 Online tenders in B -1 form for Work shown in column No. 3 are invited by the Executive Engineer, Agriculture Const Dvn(Elect), P.W.D. Mumbai. From the Contractors as mentioned in column No.9 below. The blank tender forms can be downloaded from 25/06/2013 at 17.31Hrs to 09/07/2013 at 17.30 Hours on https://pwd.maharashtra.etenders.in the tenders will be submitted online on 15/07/2013 up to 14.00 hours & will be opened on 15/07/2013 if possible at 15.00 hours, at Superintending Engineer, Mumbai (Region) Electrical Circle, P.W.D., Bandhakam Bhavan, 3 rd floor, 25 Marzban Road, Fort, Mumbai 400 001 Chief Engineer (Electrical), P.W.D reserves right to accept or reject any tender without assigning any reason. The Conditional tender will not be acceptable. e- Ten der No. Sr. No. Name of work Estimated cost put to tender. Earnest money deposit. in Rs. Security Deposit in Rs. Work completi on period Cost of blank tender form in Rs. Qualification of contractor 1 2 3 4 5 6 7 8 9 3664 1. Est. No. Reputed Original SR/115/2013-14, Providing 3 yearly Fully Comprehensive 43,89,120 44,000 1,80,000 36 Months B-1 1,000 Equipment Manufacturer (OEM) of Lifts/ Home Elevator System who Maintenance of have an experience of 12 Nos Lifts satisfactory completion of (Otis Make) minimum one such Installed At A, type of work having B, C & D Tower minimum value of at New MLA Rs.33/-lakhs in last 3 Hostel, years in Government Mumbai. or Semi Government Buildings. No. E.E./Agri-5 / T / / 2013 Date:. Submitted to : Chief Engineer (Electrical), Pubic Works Department, Bandhakam Bhavan, 3 rd floor, 25 Marzban Road, Fort, Mumbai. Superintending Engineer, Mumbai (Region) Electrical Circle, P.W.D., Bandhakam Bhavan, 3 rd Floor, 25 Marzban Road, Fort, Mumbai. Copy to : Dy. Engineer,Project Electrical Sub Division, P.W.D., Mumbai for information.

Dy. Ex. Engineer 6 Interested Bidders are required to follow the below steps for submitting their offers: 1. Register on the e-tendering portal https://maharashtra.etenders.in 2. Bidders have to pay non-refundable fee of amount Rs.1,000/- (In Words Rupees One Thousand Only) in the form of Demand Draft/ Pay Order on any Scheduled Bank, payable at Mumbai in favour of the Executive Engineer, Agriculture Const.Dvn-5 (Elect), P.W.D., Mumbai as Tender Document Fees. The reference details of Demand draft / Pay Order are required to be entered in the System before downloading the Tender Document. Scan copy of the Tender Document fee instrument is to be submitted online. Original Copy is to be submitted as per the Schedule mentioned in the Tender Document through speed post / R.P.A.D. or in person only; failing which the tenderer can not participate in the bidding. 3. Bidders should download the Tender Documents from the e-tendering portal https://pwd.maharashtra.etenders.in from date& time to date & time 4. Interested Bidders should have valid Class II / III Digital Signature Certificate (DSC) obtained from any Certifying Authorities. In case of requirement of DSC, interested Bidders should go to https://maharashtra.etenders.in/mah/digitalcerti.asp and follow the procedure mentioned in the document Procedure for application of Digital Certificate. 5. The Bidders have to make a payment of Rs.1038/- online as service charges for the use of Electronic Tendering during Online Bid Data Decryption and Re-encryption stage of the Tender. 6. For any assistance on the use of Electronic Tendering System, the Users may call the below Numbers: Landline No. - 020-2531 5555 / 56 Mobile No. - 91679 69601 / 04 / 14, 9930225377 7. Bidders should install the Mandatory Components available on the Home Page of https://maharashtra.etenders.in under the section Mandatory Components and make the necessary Browser Settings provided under section Internet Explorer Settings Guidelines to Contractors on the operations of Electronic Tendering System of Public Works Department Electrical Division https://pwd.maharashtra.etenders.in A. Pre-requisites to participate in the e-tenders processed by PWD (Electrical Division): 1. Registration of Contractors on Electronic Tendering System and empanelment on Sub Portal of PWD: The Contractors Already Registered or Non Registered in Public Works Department of GOM and interested in participating in the e-tendering process of PWD (Electrical Division) shall be required to enroll on the Electronic Tendering System. To enroll contractor has to generate User ID on the https://maharashtra.etenders.in Once the ID is generated the Contractor can login into the etendering portal of Government of Maharashtra. The process of Enrolment is explained in Step 2 Registration of New Contractors. https://maharashtra.etenders.in/tnduploads/mah/pressnotices/registrationofcontractorsonli ne.pdf After submission of application for enrolment on the System, the application information shall be verified by the Authorized Representative of the Service Provider. If the information is found to be complete, the enrolment submitted by the Vendor shall be approved.

7 Dy. Ex. Engineer In addition to store Contractors registration details in the System, the Contractors will have to apply for his empanelment in Appropriate Class on the Sub Portal of PWD (https://pwd.maharashtra.etenders.in ) by uploading a Colour scanned copies (In.PDF Format) of Valid Registration Certificate & Valid Exemption Certificate issued by Public Works Department of GOM. Uploading of Colour Scan Copies are mandatory for Registered Contractors and it is not mandatory for Unregistered Contractors of PWD. The process of Empanelment is explained in Step 3 - Contractor Empanelment In case the Contractor upgrades his / her registration in Public Works Department of GOM, the Contractor is required to immediately upload the Colour scanned copy of the upgraded Registration Certificate on the PWD e-tendering Portal. Whether in case of fresh empanelment or upgradation of existing empanelment, the Contractors are also required to intimate the Competent Authority in PWD by email on email address (support.gom@nextenders.com) with the subject line request for approval of empanelment / request for approval of upgradation of empanelment along with the scanned copy of the New Valid Registration Certificate. It may take upto a maximum of seven (7) working days to approve the request for approval of empanelment / request for approval of upgradation of empanelment. The Contractors may obtain the necessary information on the process of enrolment and empanelment either from Helpdesk Support Team or may visit the information published under the link Enroll under the section E-Tendering Toolkit for Bidders on the Sub-Portal of of the Electronic Tendering System for Public Works Department. Note : After getting empanelled on https://pwd.maharashtra.etenders.in Contractors need to submit his all the Enrollment Details to the PWD Department by email (email id : elmumbai.se@mahapwd.com, elsouthmumbai.ee@mahapwd.com ) in the case of LIMITED TENDER but before Releasing the Limited Tender Online by the PWD Department (Electrical Division). Enrollment Details are : 1> Company ID, 2> User ID, 3> Company Name,4> Enrollment no 5> email Id. 2. Obtaining a Digital Certificate:https://maharashtra.etenders.in/mah/DigitalCerti.asp The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid Data is required to be signed electronically using a Digital Certificate (Class II or Class III). This is required to maintain the security of the Bid Data and also to establish the identity of the Contractor transacting on the System. The Digital Certificates are issued by an approved Certifying Authority authorized by the Controller of Certifying Authorities of Government of India through their Authorized Representatives upon receipt of documents required to obtain a Digital Certificate. Bid data / information for a particular Tender may be submitted only using the Encryption Digital Certificate which is used to encrypt the data / information and Signing Digital Certificate to sign the hash value during the Bid Preparation and Hash Submission stage. In case, during the process of preparing and submitting a Bid for a particular Tender, the Contractor loses his / her Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she may not be able to submit the Bid online. Hence, the Users are advised to store his / her Digital Certificate securely and if possible, keep a backup at safe place under adequate security to be used in case of need. In case of online tendering, if the Digital Certificate issued to an Authorized User of a Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to a no objection certificate / power of attorney to that User to submit the bid on behalf of the Partnership Firm. The Partnership Firm has to authorize a specific individual via an authorization certificate signed by a partner of the firm (and in case the applicant is a partner, another partner in the same form is required to authorize) to use the digital certificate as per Indian Information Technology Act, 2000. Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority of the Authority User to bid on behalf of the Firm for the Tenders processed on the Electronic Tender Management System of Government of Maharashtra as per Indian Information Technology Act, 2000. The Digital Signature of this Authorized User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to

Dy. Ex. Engineer 8 inform the Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificate will remain the same for the new Authorised User. The same procedure holds true for the Authorized Users in a Private / Public Limited Company. In this case, the Authorization Certificate will have to be signed by the Director of the Company or the Reporting Authority of the Applicant. For information on the process of application for obtaining Digital Certificate, the Contractors may visit the section Digital Certificate on the Home Page of the Electronic Tendering System. The Contractor should Ensure while procuring new digital certificate that they procure a pair of certificates (two certificates) one for the purpose of Digital Signature, Non-Repudiation and another for Key Encipherment. 3. Recommended Hardware and Internet Connectivity: To operate on the Electronic Tendering System, the Contractors are recommended to use Computer System with at least 1 GB of RAM and broadband connectivity with minimum 512 kbps bandwidth. However, Computer Systems with latest i3 / i5 Intel Processors and 3G connection is recommended for better performance. Operating System Requirement: Windows XP Service Pack 3 Windows 7 Professional, Enterprise and ultimate Edition Windows Vista Business, Enterprise and ultimate Edition Browser Requirement (Compulsory) : Internet Explorer Version.7 And Above 4. Set up of Computer System for executing the operations on the Electronic Tendering System: To operate on the Electronic Tendering System of Government of Maharashtra, the Computer System of the Contractors is required be set up. The Contractors are required to install Utilities available under the section Mandatory Installation Components on the Home Page of the System. The steps to install these Components are provided in section Step 1 Instructions for New User. Mandatory Components Are : 1> Security Update 2> Number To Word Conversion Utility 3> SHA-2 Mandatory Installable The Utilities are available for download freely from the above mentioned section. The Contractors are requested to refer to the E-Tendering Toolkit for Bidders available online on the Home Page to understand the process of setting up the System, or alternatively, contact the Helpdesk Support Team on information / guidance on the process of setting up the System. Mandatory Internet Setting : https://maharashtra.etenders.in/tnduploads/mah/pressnotices/user%20guide.pdf 5. Payment for Service Provider Fees: In addition to the Tender Document Fees, Registration Fees and EMD payable to PWD, the Contractors will have to pay Service Providers Fees of Rs. 1,038/- through online payments gateway service available on Electronic Tendering System. For the list of options for making online payments, the Contractors are advised to visit the link E-Payment Options under the section E-Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System B. Steps to be followed by Contractors to participate in the e-tenders processed by PWD 1. Preparation of online Briefcase: All Contractors enrolled on the Electronic Tendering System of Government of Maharashtra are provided with dedicated briefcase facility to store documents / files in digital format. The Contractors can use the online briefcase to store their scanned copies of frequently used documents / files to be submitted as a part of their bid response. The Contractors are advised to store the relevant documents such as Registration Certificate of Public Works Department of GoM, PAN Card, VAT Registration Certificate, Professional Tax Registration Certificate, EPF Registration Certificate, Certificates of Works completed, ownership of Plant and Equipment in the briefcase, etc. so as to avoid scanning / uploading process for each Tender.

9 Dy. Ex. Engineer In case, the Contractors have multiple documents under the same type (e.g. multiple Work Completion Certificates) as mentioned above, the Contractors advised to either create a single.pdf file of all the documents of same type or compress the documents in a single compressed file in.zip or.rar formats and upload the same. It is mandatory to upload the documents using the briefcase facility. Therefore, the Contractors are advised to keep the documents ready in the briefcase to ensure timely bid preparation. The procedure for uploading the documents in the Briefcase is defined in the section Step 4 - Briefcase Preparation Note: Uploading of documents in the briefcase does not mean that the documents are available to PWD at the time of Tender Opening stage unless the documents are specifically attached to the bid during the online Bid Preparation and Hash Submission stage as well as during Transfer of Control stage. 2. Online viewing of Detailed Notice Inviting Tenders: The Contractors can view the Detailed Tender Notice along with the Time Schedule (Key Dates) for all the Live Tenders released by PWD on the home page of PWD e-tendering Portal on https://pwd.maharashtra.etenders.in under the section Recent Online Tender. 3. Download of Tender Documents: The Tender Documents are available for free downloading by eligible Contractors registered in appropriate class of PWD of GOM and empanelled on PWD e-tendering Portal. 4. Online Bid Preparation and Submission of Bid Hash (Seal) of Bids: Submission of Bids will be preceded by online bid preparation and submission of the digitally signed Bid Hashes (Seals) within the Tender Time Table (Key Dates) published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in the templates provided by the Tendering Authority of PWD. The templates may be either form based, extensible tables and/ or uploadable documents. In the form based type of templates and extensible table type of templates, the Contractors are required to enter the data and encrypt the data using the Digital Certificate. For procedure of Bid Preparation refer to Step 5 - Bid Preparation. In the uploadable document type of templates, the Contractors are required to select the relevant document /compressed file (containing multiple documents) already uploaded in the briefcase. Notes: a. The Contractors upload a single document or a compressed file containing multiple documents against each uploadable option. b. The Hashes are the thumbprint of electronic data and are based on one way algorithm. The Hashes establish the unique identity of Bid Data. c. The bid hash values are digitally signed using valid Class II or Class III Digital Certificate issued any Certifying Authority. The Contractors are required to obtain Digital Certificate in advance. d. After the hash value of bid data is generated, the Contractors cannot make any change / addition in its bid data. e. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial Bidding Processes. 5. Close for Bidding (Generation of Super Hash Values): After the expiry of the cut off time of Bid Preparation and Hash Submission stage to be completed by the Contractors has lapsed, the Tender will be closed by the Tender Authority. The Tender Authority from PWD shall generate and digitally sign the Super Hash values (Seals) for both the Envelopes. 6. Transfer of Control of Bids (submitting the Bids online): After the time instant for Generation of Super Hash values by the Tender Authority from PWD has lapsed, the Contractors have to make the online payment of Rs. 1,038/- ( 882+Payment Gateway Charges+Service Tax) towards the fees of the Service Provider. After making online payment towards Fees of Service Provider, the Contractors are required to upload scanned copy of EMD and Tender Document Fees in support of payment of the Processing Fees submitted to the account of Executive Engineer as per the details provided in Tender Document. Original copies of the EMD and Tender Fees are to be submitted as per the Tender Schedule.

Dy. Ex. Engineer 10 The Contractors are required to decrypt their bid data using their Digital Certificate and immediately reencrypt their bid data using the Public Key of the Tendering Authority of the PWD. The Public Key of the Tendering Authority is attached to the Tender during the Close for Bidding stage. Note: The details of the Processing Fees shall be verified and matched during the Technical Opening stage. At this time, the Contractors are also required to upload the files for which they generated the Hash values during the Bid Preparation and Hash Submission stage. The details of the Earnest Money Deposit and Processing Fees shall be verified and matched during the Tender Opening event. The Bid Data and Documents of only those Contractors who have submitted their Bid Hashes (Seals) within the stipulated time (as per the Tender Time Schedule), will be available for decryption and re-encryption and to upload the relevant documents from Briefcase. A Contractor who has not submitted his Bid Preparation and Hash Submission stage within the stipulated time will not be allowed to decrypt / re-encrypt the Bid data / submit documents. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial Bidding Processes. 7. Technical Opening: The Tendering Authority will first open the Technical Documents and Data and after scrutinizing these documents will shortlist the Contractors who are eligible for Financial Opening. The shortlisted Contractors will be intimated by email. 8. Opening of in the Financial Bids: The Contractors may remain present in the Office of the Tender Opening Authority at the time of opening of Financial Bids. However, the results of the Financial Bids of all Contractors shall be available on the PWD e-tendering Portal immediately after the completion of opening process. 9. Tender Schedule (Key Dates): The Contractors are strictly advised to follow the Dates and Times allocated to each stage under the column Contractor Stage as indicated in the Time Schedule in the Detailed Tender Notice for the Tender. All the online activities are time tracked and the Electronic Tendering System enforces time-locks that ensure that no activity or transaction can take place outside the Start and End Dates and Time of the stage as defined in the Tender Schedule. At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be extended.

11 Dy. Ex. Engineer DETAILED TENDER NOTICE TO CONTRACTOR ESTIMATE NO. : Est. No. SR/115/2013-14 NAME OF WORK : Providing 3 Yearly Fully Comprehensive Maintenance of 12 Nos Lifts (Otis Make) Installed At A, B, C & D Tower At New MLA Hostel, Mumbai. Online tenders in B-1 form on Department design are invited for the above said work, from Reputed Original Equipment Manufacturer (OEM) of Lifts/ Home Elevator System who have an experience of satisfactory completion of minimum one such type of work having minimum value of Rs.33.00 Lakhs in last 3 years in Government or Semi Government Buildings. If the intending renderer is not OEM then must also submit specific consent letter in original from OEM of the system, authorizing them to participate in this tender and clearly stating to provide necessary Technical & Service support particularly for this work. Authorized Dealer should have their office/service center in Mumbai Municipal corporation jurisdiction. A Certificate regarding satisfactory completion of above works shall be produced, along with necessary supporting documents. received by Online on https://pwd.maharshtra.etenders.in upto 14.00 hours on dated 15/07/2013. Blank tender and any other information can be downloaded from https://pwd.maharashtra.etenders.in from 25/06/2013, 17.31 hrs to 9/07/2013, 17.30 hrs 1. Cost of each blank tender form : Rs. 1000.00 (Non refundable) 2. Estimated cost of work : Rs. 43,89,120.00 3. Earnest money : Rs 44,000.00 4. Security Deposit 5. a) Initial Security Deposit : Rs. 90,000.00 ) ) Rs. 1,80,000.00 b) and Further Security Deposit, : Rs. 90,000.00 ) 6. Date and time upto which Tender forms can be downloaded online : From 25/06/2013 to 09/07/2013. 7. Pre-tender Conference will be held : Not Applicable 8. Date and time of online Submission of Tender : on or before 15/07/2013 up to 14.00 Hrs 9 Probable date and time of Technical & Commercial Opening of tender : Dated 15/07/2013 time 15.00 hrs. (if possible) 10. Validity period : 90 / 120 / 180 Days The offer of the Contractor shall remain valid for acceptance for a minimum period of 90 / 120 / 180 days from the date fixed for opening of envelop No.2 (Main Tender) and thereafter until it is withdrawn by the Contractor by notice in writing duly addressed to the authority opening the tender and sent by Registered Post Acknowledgment due. 11. The tender notice shall form a part of the contract agreement. 12. The tenders are invited on the Departmental design only. Reputed Original Equipment Manufacturer (OEM) of Lifts/ Home Elevator System who have an experience of satisfactory completion of minimum one such type of work having minimum value of Rs. 33.00 lakhs in last 3 years in Government or Semi Government Buildings. If the intending renderer is not OEM then must also submit specific consent

Dy. Ex. Engineer 12 letter in original from OEM of the system, authorizing them to participate in this tender and clearly stating to provide necessary Technical & Service support particularly for this work. Authorized Dealer should have their office/service center in Mumbai Municipal corporation jurisdiction. A Certificate regarding satisfactory completion of above works shall be produced, along with necessary supporting documents at the time of applying for issue of blank tender forms otherwise blank tender forms will not be issued to them. 14. The tenderer if firm or company shall in their forwarding letter mention the names of all the partners of the firm or the company(as the case may be) and the name of the partner who holds the power of attorney if any, authorizing him to conduct transaction on behalf of the firm or company. 15. Right is reserved to revise or amend the contract documents fully or part thereof prior to the date notified or amended for the receipt of tender. Such deviations / amendments if any shall be communicated in the form of corrigendum or by a letter as may be considered suitable. 16. In case of B-1 tender, the tenderer shall enter in the blank space on page number 26 of the agreement B-1 form under para, Tender for the Work the percentage in figures and words and score out one of the words below / above as necessary under his attestation. In case there is difference between percentage written in figurers and words the lower offer will be taken as final. 17. No pages should be removed from, added in or replaced in the Tender. 18. Right is reserved to reject any or all tenders without assigning any reason thereof. 19. Tenders which do not fulfill all or any conditions or are incomplete in any respect are liable to summary rejection. GENERAL a) Time Limit:- The work is to be completed within time limit as specified in the Notice inviting tender which shall be reckoned from the date of written order of commencing the work and shall be inclusive of monsoon period. b) Tender rate :- No alteration in the form of tender and the schedule of tender and no additions in the scope of special stipulation will be permitted. Rates quoted for the tender shall be taken as application to all leads and lifts. c) Tender Units:- The tenderer s should particularly note the unit mentioned in the Schedule B on which the rates are based. No change in the units shall be allowed. In the case of difference between rates written in figures and words, the correct rate will be the one, which is lower of the two. d) Correction : No corrections shall be made in the tender documents. Any corrections that are to be made shall be made by crossing the incorrect portion and writing the correct portions above with the initials of the tenderer. e) All pages of tender documents, conditions, specifications, corrections slips etc. shall be initialed by the tenderer. The tender should bear full signature of the tenderer, or his authorized power of attorney holder in case of firm. f) The Income tax @ 2.3% or percentage in force from time to time or at the rates as intimated by the competent Income Tax authority shall be deducted from bill amount whether measured bill, advance payment or secured advance. 2. EARNEST MONEY :- 2.1 Earnest money of Rs. Rs. 44,000.00 (In words Fourty Four Thousand Only) along with the tender should be in the shape of receipted challan of Government treasury/subtreasury or term deposit receipt for a period of one year issued by Nationalized/Schedule Bank in favour of Executive Engineer, Agriculture Consruction Dvn-5 (Elect), (P.W.D.), Mumbai.

13 Dy. Ex. Engineer 2.2 Valid earnest money exemption certificate will be accepted in lieu of earnest deposit. The tenderers who are exempted from payment of earnest money deposit should attach attested copy of certificate from Government of Maharashtra regarding exemption from the payment of earnest money. 2.3 Tender of those who do not deposit earnest money in one of the above acceptable forms shall be summarily rejected. Earnest money in any other form of cash or cheque or D. D. will be not be accepted. 2.4 The amount of earnest money will be refunded to the successful tenderer on deciding about the acceptance or otherwise of the tender or on expiry of the validity period whichever is earlier. In case of the successful tenderer it will be refunded on his paying the initial security deposit and completing the tender documents or will be transferred towards a part of security deposit to be paid after awarding of the work. If successful tenderer does not pay the security deposit in the prescribed time limit and complete the agreement bond, his earnest money deposit will be forfeited to the Government. 2.5 Earnest money of the un-successful tenderers will be refunded on their application only after an intimation of rejection of their tender is sent to them or on the expiry of the validity period whichever is earlier. 3. TENDERING PROCEDURES 3.1 Issue of blank tender forms :- Blank Tender Form can be downded from https://pwd.maharashtra.etenders.in 3.2 Pre-tender Conference:- 3.2.1 A pre-tender Conference open to all prospective tenderers will be held on 00/00/0000 at 00.00 hours in the office of the Chief Engineer,(Electrical), P.W.D., Mumbai wherein the prospective tnderers will have an opportunity to obtain clarifications regarding the work and the tender conditions. 3.2.2 The prospective tenderers are free to ask for any additional information or clarification either I writing or orally and the reply to the same will be given by the Chief Engineer, (Electrical),P.W.D., Mumbai/ Superintending Engineer, Mumbai (Region) Electrical Circle, P.W.D., Mumbai, in writing and this clarification referred to as common set of conditions shall form part of the tender documents and which will also be common and applicable to all tenderers. 3.2.3 The tender submitted by tenderer shall be based on the clarification, additional facility issued (if any) by the Department and this tender shall be un-conditional. Conditional tenders will be summarily rejected. IMPORTANT 3.2.4 All tenderers are cautioned that the tenders containing any deviation from the contractual terms and conditions, specifications or other requirements and conditional tenders will be rejected. 3.3 MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPANIMENTS :- i) Tender to be submitted in two separate sealed envelopes. ii) Tenderer shall submit the tender and documents in two sealed envelopes as below:-

Dy. Ex. Engineer 14 3.3.1 Envelope No.1(Documents) :- The first envelope clearly marked as ENVELOPE NO.1 shall contained the following documents. a) Forwarding letter clearly including the documents attached therein submitted in the first cover b) Term Deposit Receipt for a period of 12 months of any Nationalized/Scheduled Bank for the amount of earnest money or certificate of exemption for payment of earnest money. c) Attested copy of acknowledged Income tax Return filed for the immediate preceding financial year d) Permanent Account Number of the tenderer issued by the Commissioner of Income Tax. e) Attested copy of valid VAT Certificate form Maharashtra Sales tax Department. f) A Certificate regarding completion of minimum one work costing Rs.33 Lacs for erection and maintenance of Lifts satisfactorily. g) Details of the other works tendered for and in hand with the value of the work unfinished on the last date of submission of tender (in form no.1) h) Details of works of similar type and magnitude carried out by the Contractor. (in form no.3) i) Details of technical personnel on the rolls of tender (in form no.5) j) List of Tools, plant and machinery immediately available with the tenderer for use on this work. k) Attested copies of proofs regarding office & Service Centre located within Mumbai/Navi Mumbai/Thane Municipal corporation jurisdiction since last Five years. l) Attested copy of Registered Partnership deed if the tenderer is a partnership firm and power of attorney. m) Attested copy of Company registration certificate if the tenderer is a limited/pvt. Limited firm and power of attorney n) A valid Solvency Certificate in original or attested true copy of Rs.8.65 lacs form the Scheduled/Nationalized Bank i.e. issued not earlier than 12 months on the date of opening. o) Attested copy of Valid Lift contractor License issued from Govt. of Maharashtra p) An Annual Turnover certificate from the registered Chartered Accountant should be attached. q) One copy of original Catalogues & manuals from Original OEM s includes all the specifications & photos of every Items listed in Schedule B r) Scan Copy Of Tender Fees DD Important Note: 1) All Xerox copies of certificate/documents etc. should be attested by any Government Gazetted Officer. 2) Please note that omission to attach any document will invalidate the tender. 3.3.2 Envelope No.2 (Main Tender):- The second envelope clearly marked as envelope No.2 shall contain only the main tender including the common set of condition/stipulations issued by the Department after the Pre-tender Conference. A tender submitted without this would be considered as invalid. The Contractor will have to sign the original copy of the tender papers and the drawing according to which the work is to be carried out. He shall also have to give a declaration to the effect that he was fully studied the plans, specifications, local conditions, availability of labour and materials and that he has quoted his rates with the consideration to all these factors.

15 Dy. Ex. Engineer The tenderer should quote his offer on Schedule B of the tender as item rates or percentage of estimated rates at the appropriate place of tender documents (on page No. 26 ) to be submitted only in envelope No.2. He should not quote this offer anywhere directly or indirectly in envelope No.1. The Contractor shall quote for the work as per details given in the main tender and also based on the detailed set of conditions issued/additional stipulations made by the Departments informed to his by a letter from Chief Engineer/Superintending Engineer after Pretender Conference. This tender shall be unconditional. Even though the tenderers meet the above requirement they are subject to be disqualified if they have made misleading or false representations in the forms statements and attachments submitted in proof of the qualification requirements AND/ OR Record of proof performance such as abandoning the works, not properly completing the contract, inordinate delay in completion or work litigation history or financial failures etc. 3.4 SUBMISSION OF TENDER :- i) The two sealed envelopes No.1 and 2 shall be again put together in one common cover and sealed. This sealed cover shall be marked on the left hand top corner Tender for the Work of Est. No. SR/115/Of/2013-14 Providing Three yearly fully comprehensive maintenance of 12 nos lift (Otis Make) Installed at A, B,C & D tower at New MLA Hostel, Mumbai. ii) The full name and address of the Tenderer and the name of the authorized agent delivering the sealed cover containing the tender shall be written on the bottom left hand corner. If submitted by post, the sealed envelope marked as above, shall be enclosed in another cover properly addressed and shall be sent by Registered Post Acknowledgement Due. The date and time for receipt of envelope containing tender shall strictly apply in all cases. The tenderers should ensure that their tender is received by the Superintending Engineer, Mumbai Region Electrical Circle, P.W.D., Bandhkam Bhavan Bldg., 3rd Floor, 25, Marzban Road, Fort Mumbai - 400 001 before the expiry of date and time. No delays on account of any cause will be entertained for the late receipt of tender. Tender offered or received after the date and time is over will either not be accepted or if inadvertently accepted, will not be opened and shall be returned to the tendered unopened. iii) All Xerox copies submitted in connection with tender shall be attested by any Government Gazetted Officer only. Otherwise their tender will not be considered for further action and envelope No.2 will not be opened. 3.5 OPENING OF TENDERS :- On the date specified in the tender notice following procedure will be adopted for Opening of the tender. Important points to be noted by the Tenderer:- A. i) On receipt of blank tender form the tenderer should ensure that no correction or over writing or erasers is left out to be attested by the Executive Engineer. ii) It should be specifically seen by the tenderer that the rates and place of delivery are entered in Schedule A of the agreement form. iii) The offer in percentage should be written both in words and I figures in the agreement form only on page No. 26. iv) No alterations and additions in the form of tender and in the schedule no addition in form of special stipulations are permitted. If any of these is found, the tender may be summarily rejected. v) The offer shall be inclusive of all taxes, octroi, rates and cesses. vi) In the event of tender being submitted by a firm, it must be signed separately by

Dy. Ex. Engineer 16 each partner thereof and in event of absence of any partner, it shall be signed on his behalf by a person holding a power of attorney authorising him to do so. vii) The tenderer shall be deemed to have studied all plans/specifications terms conditions of the tender and made himself/themselves acquainted with the site conditions, availability of labour, basic materials, water, electricity etc. submitting the tender. A declaration to this effect shall be signed by the tenderer in the form attached to the tender. B) In case any clarification is required, the tenderer may obtain it personally or in writing well in advance form the Executive Engineer, Agriculture Const.Dvn-5 (Elect), P.W.D., Mumbai. In any case, the tenderer will be responsible to bind himself/themselves to the conditions and specifications of the tender once submitted by him/them. C) The tender is liable for outright rejection of on opening it is found that :- i) Any one or more documents required as per para 3.3 above are missing. ii) Any corrections, additions or alterations are made by the tenderer on any page of the tender. iii) Any page or pasted slips is or are missing. iv) The tenderer has not signed as stated in para A above. Envelope No.1 :- First of all, Envelope No.1 of the e-tender will be opened to verify its contents as per requirements. If the various documents contained in this envelope do not meet the requirements of the Department, a note will be recorded accordingly by the tender opening authority and the said tenderer s Envelope No.2 will not be considered for further action but the same will be recorded. Envelope No. 2 :- This envelope shall be opened immediately after opening of Envelope No.1 only if contents of Envelope No.1 are found to be acceptable to the Department, the tendered rate in Schedule B or percentage above/below the estimated rates shall then be read out from page number 26 only. 3.6 ACCEPTANCE OF TENDER :- 3.6.1 The acceptance of tender may be communicated to the Contractor telegraphically or otherwise either by the tender opening authority or any authority in the department including Government. 3.6.2 The successful tenderer will be required to produce to the satisfaction of the specified concerned authority, a valid and concurrent license issued issued in his favour under provision of the Contract Labour (regulation and Abolition) Act, 1970 before starting the work. On failure to do so, the acceptance of tender is liable to be withdrawn and earnest money forfeited. 3.6.3 The tenderer whose tender is accepted will have to give an undertaking in writing to the effect that he/they will pay the labours engaged on the work, the wages as per Minium Wages Act, 1948, applied to the zone in which the work lies and act accordingly. 3.6.4 The Contractor shall comply with the provisions of the payment of Wages Act, 1936, Minimum Wages Act, 1948, Employee s Liability Act, 1938, Workmen s Compensation Act, 1961, The Contract Labour (Regulation and Abolition) Act, 1979, and any modification thereof or any law relating thereto, and rules made thereunder from time to time. 3.6.5 The Contractor whose tender is accepted is required to note that no foreign exchange will be released by the Department. 3.6.6 The Contractor will have to sign the original copy of the tender papers and the drawings according to which the work is to be carried out. The Contractor shall also have to give a declaration to the effect that he has fully studied the plans, specifications, local conditions, and availability of labour and materials and that he has quoted his rates with the consideration to all these factors.

17 Dy. Ex. Engineer 3.7 SECURITY DEPOSIT :- 3.7.1 The successful tenderer shall have to pay 50% initial security deposit in shape of National Savings Certificate pledged in favour of Executive Engineer, Agriculture Const Dvn-5 (Elect), P.W.D., Mumbai or in form of TERM DEPOSIT RECEIPT for a period of 36 (Thirty Six) Months issued by Nationalized/ Scheduled Banks, pleged in favour of Executive Engineer, Agriculture Const Dvn-5(Elect), P.W.D., Mumbai or Bank Guarantees from a Nationalized/ Scheduled Banks in the enclosed form and complete the contract documents, failing which his earnest money will be forfeited to the Government. The balance 50% security deposit will be recovered from the 1 st R. A. Bills at 4% of the bill amount. 3.7.2 All compensation or other sums payable by the Contractor under the terms of this contract or any other contract or on any account may be deducted from his Security Deposit or from any sums which may be due to him or may become due to him by Government on any account and in the event of the security being reduced by reason of any such above noted deductions, the Contractor shall within 10 days of receipt of demand from the Engineer-in-charge make good the deficit. 3.7.3 There shall be no liability on the Department to pay any interest on the Security Deposited by or recovered from the Contractor. 3.7.4 The Security Deposit shall be refunded after completion of defect liability period prescribed for this contract in accordance with the provisions in clause 1 and 20 of the contract.

Dy. Ex. Engineer 18 FORM No. I List work in tendered for and in hand as on the date of submission of tender Name of Tenderer :- Work in hand Work tendered for Sr.No. Name of work Place & Country Tendered cost Cost of remainin g work Anticipated date of completion Estimate d cost Date when decision is expected Stipulated date of period of completion 1 2 3 4 5 6 7 8 9 SPECIMAN FORM Remark 10

19 Dy. Ex. Engineer FORM No. II Details of similar type and magnitude carried out by contractor. Name of Tenderer :- Sr.No. Name of work Cost of Work Date of starting Stipulated date of period of completion Actual date of completion 1 2 3 4 5 6 SPECIMAN FORM Remark 7

Dy. Ex. Engineer 20 FORM No. III Details of Technical Personal available with contractor. Name of Tenderer :- Sr.No. Name and designation Qualification Whether working on field or in office Experience of execution of similar works 1 2 3 4 5 SPECIMAN FORM Period for which the person is working with the tenderer 6 Remark 7

21 Dy. Ex. Engineer (On stamp paper worth Rs. 100/-) MODEL FORM OF BANK GUARANTEE BOND In consideration of the Governor of Maharashtra (herein after referred to as The Government ) having agreed to exempt (hereinafter referred to as "The Contractor ) from depositing with the Government in cash the sum of Rs. (Rupees only ) being the amount of security deposit payable by the Contractor to the Government under the terms and conditions of the agreement dated the day of and made between the Government of the one part and the Contractor of the other part (hereinafter referred to as the said agreement") for as security for the observance and performance by the contractor of the terms and conditions of the said agreement, on the contractor furnishing to the Government a guarantee in the prescribed form of a scheduled bank in India being in fact these presents in the like sum of Rs. (Rupees only). We BANK/LIMITED registered in India under Act and having one of our local Head Office at do hereby: 1. Guarantee to the Government :- a) Due performance and observance by the Contractor of the terms, covenants and conditions on the part of the Contractor contained in the said agreement and b) Due and punctual payment by the Contractor to the Government of all sums of money, losses, damages, cost charges, penalties and expenses payable to the Government by the Contractor under or in respect to the said agreement. 2. Undertake to pay to the Government on demand and without demur and notwithstanding any dispute or disputes raised by the Contractor(s) in any suit or proceeding filed in any court of tribunal relating thereto the said sum of Rs. (Rupees only) or such less sum may be demanded by the Government from us our liability hereunder being absolute and unequivocal and agree that. 3. a) The guarantee herein contained shall remain in full force and effect during the subsistence of the said agreement and that the same will continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been duly paid and its claims satisfied or discharged and till the Government certifies that the terms and conditions of the said agreement have been fully, properly carried out by the Contractor. b) We shall not be discharged or released from the liability under this guarantee by reasons of i) any change in the constitution of the bank or the Contractor or; ii) any arrangement entered into between the Government and the Contractor with or without our consent; iii) any forbearance or indulgence shown to the Contractor; iv) any variation in the terms covenant or conditions contained in the said agreement; v) any time given o the Contractor or; vi) any other conditions or circumstances under which, in law, a surety would be discharged. c) Our liability hereunder shall be joint and several with that of the Contractor as if we were principal debtors in respect of the said sum of Rs. (Rupees only) valid upto / / 20 and d) We shall not revoke this guarantee during its currency except with the previous consent in writing of the Government. IN WITNESS WHEREOF the common seal of has been hereunto affixed this day of 20. The common seal of was pursuant to the resolution of the Board of Directors of the Company dated the day of herein affixed in the presence of 1. 2.